MODIFICATION
59 -- UPGRADE CARDKEY PEGASUS 2000 SECURITY SYSTEM
- Notice Date
- 1/18/2007
- Notice Type
- Modification
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-6298-3004
- Response Due
- 1/25/2007
- Point of Contact
- DANIEL HERRING, CONTRACT SPECIALIST, Phone 717-770-6030, Fax 717-770-5689,
- E-Mail Address
-
daniel.herring@dla.mil
- Description
- This requirement has been revised to increase the number of panels to be replaced; to increase the number of buildings where new panels will be installed; to increase the number of on-hand spares to be provided; and to change the part number of the replacement panels. The following Scope of Work has been revised to include these and other changes; interested offerors are requested to provide a quote in response to this revised Scope of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-6298-3004. This solicitation is Unrestricted, the applicable NAICS code is 561621. The Defense Distribution Depot, Jacksonville, FL (DDJF) has a requirement for a contractor to upgrade its Johnson Controls Cardkey Pegasus 2000 Security System as described in the Scope of Work included below (Contract line item 0001). This is a Brand Name acquisition due to compatibility and standardization issues. A written justification to limit sources has been executed. Offerors shall provide the unit price and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to and installed at the Defense Distribution Depot, Jacksonville, FL (DDJF), Buildings 108, 110, 162, 163, 164, 171, 175, and 176. Note: Desired schedule for delivery and installation is 60 days ARO; Required schedule for delivery and installation is 60 days ARO. The Scope of Work for this requirement is as follows: 1. Description of Requirement The Defense Distribution Depot, Jacksonville, FL (DDJF) has a requirement for an upgrade to the Johnson Control Cardkey Pegasus 2000 security system. 2. Scope of work DDJF is currently using the Johnson Controls, Inc., (JCI) Cardkey S-320 panels to operate its security system. DDJF requires the vendor to remove the existing S-320 panels from the system, run new CAT 5 cables from the network port to each location, and install nine (9) each new CK 721 panels, and nine (9) each new S300-DIN-RDR2S din type panels to include the din enclosure/power supply S300-DIN-L and nine (9) each new S300 Din L. After installation of the cable and panels, the vendor shall perform a complete access control check of the entire system. The vendor shall also provide the following items as on-hand spares for future repairs: 2 ea, JCI I-16 panels 2 ea, JCI I0-8 panels 2 ea, JCI S300-RDR2 panels 2 ea, JCI CK-721 panels 2 ea, JCI S300-DIN-RDR2 panels 3. Location Work shall be performed at the Defense Distribution Depot, Jacksonville, FL, Building 110 (two panels will be installed), and Buildings 108, 162, 163, 164, 171, 175, and 176. All work will be on the interior of the buildings. 4. Contractor Responsibilities: ? The vendor shall provide all equipment and hardware necessary to remove the S-320 panels, and install the new CK721 and S300-DIN-RDR2S panels (to include the din enclosure/power supply S300-DIN-L), including installation of new CAT 5 cables from the network port to each location. ? The contractor shall provide and install 9 new CK721 and 9 new S300-DIN-RDR2S panels. ? The vendor shall remove and dispose of the old S-320 panels from DDJF. ? The contractor shall ensure the knock-out area is sealed up after cable is connected to the CK721. ? The vendor shall provide the other required parts as described in paragraph 2 above. ? The vendor shall perform a complete access control check of the security system. ? The vendor shall perform all work on site during normal business hours, Monday ? Friday, 0800 ? 1600. ? The contractor shall provide a one-year warranty for the new material and workmanship. ? The contractor shall update current as-built drawings to reflect all work performed to the security system under this Scope of Work (i.e., new panel installations). The government POC will provide the contractor with current as-built drawings in CD format, within 30 days ARO, to be updated. The contractor will return the CD?s to the Government POC once the updates have been completed. 5. Government Responsibilities: ? The Government shall provide access to the work facility, as required, during normal business hours, Monday ? Friday, 0800 ? 1600. ? The Government shall provide all electric requirements for the new panels and the security system. ? The Government shall provide the network connection for the CK721 boards (the responsibility of termination to the owners network at each CK721 location will be provided by the government inclusive of a RJ45 port within 6 feet of the CK721 location. The contractor will terminate from the network port to the CK721). 6. Delivery: The contractor shall complete all work on site 60 days after receipt of the order. (End of Scope of Work) This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-15. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS w/ALT I; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7036, 252.232-7003, 252.247-7023 w/ALT III, 252.247-7024. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice to the responsible offeror whose offer is the lowest price which meets the delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to daniel.herring@dla.mil, Request for Quote Number SP3100-6298-3004. Prices and representations/certifications are required NLT 4:00 PM EST on January 25, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-6298-3004/listing.html)
- Place of Performance
- Address: Jacksonville, FL
- Zip Code: 32212
- Country: UNITED STATES
- Zip Code: 32212
- Record
- SN01244300-F 20070307/070305222844 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |